Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Digital Technical Clinical Support (DTCS) Framework Agreement

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-046ce3
Published by:
Guy's and St Thomas' NHS Foundation Trust
Authority ID:
AA30334
Publication date:
26 February 2025
Deadline date:
24 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

A new framework agreement to replace the Clinical Digital Professional Services (CDPS) framework which expired on 03 January 2025. The new framework will cover the full suite of clinical digital professional services, including services pertaining to both proprietary solutions and opensource solutions. All standalone, clinical system focused professional services, will be covered.<br/><br/>The Authority intends to award this framework via five lots as follows:<br/><br/>Lot 1 – Cloud Hosting, Environment Build, Operation and Maintenance Professional Services<br/>Lot 2 – Design, Development, and Deployment Professional Services<br/>Lot 3 – Implementation Professional Services<br/>Lot 4 – Integration Professional Services<br/>Lot 5 – General Clinical Digital Professional Services. Including Support, Strategy, Optimization Business Case<br/><br/>The framework agreement will allow for further competition and direct award to all awarded suppliers. <br/><br/>All documentation and information regarding the framework can be found on the Health Family Single eCommercial System and Bidders are welcomed to register their interest using Atamis project reference: C331058

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Guy's and St Thomas' NHS Foundation Trust

Great Maze Pond

London

SE1 9RT

UK

Contact person: Christopher Black

E-mail: cds@gstt.nhs.uk

NUTS: UKI44

Internet address(es)

Main address: https://www.lpp.nhs.uk/

Address of the buyer profile: https://www.lpp.nhs.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://health-family.force.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://health-family.force.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://health-family.force.com/s/Welcome


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Digital Technical Clinical Support (DTCS) Framework Agreement

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

A new framework agreement to replace the Clinical Digital Professional Services (CDPS) framework which expired on 03 January 2025. The new framework will cover the full suite of clinical digital professional services, including services pertaining to both proprietary solutions and opensource solutions. All standalone, clinical system focused professional services, will be covered.<br/><br/>The Authority intends to award this framework via five lots as follows:<br/><br/>Lot 1 – Cloud Hosting, Environment Build, Operation and Maintenance Professional Services<br/>Lot 2 – Design, Development, and Deployment Professional Services<br/>Lot 3 – Implementation Professional Services<br/>Lot 4 – Integration Professional Services<br/>Lot 5 – General Clinical Digital Professional Services. Including Support, Strategy, Optimization Business Case<br/><br/>The framework agreement will allow for further competition and direct award to all awarded suppliers. <br/><br/>All documentation and information regarding the framework can be found on the Health Family Single eCommercial System and Bidders are welcomed to register their interest using Atamis project reference: C331058

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72590000

72227000

72254000

72262000

72263000

72212331

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope of this multi lot framework agreement includes the full suite of digital technical support services for clinical systems, including services pertaining to both proprietary solutions and opensource solutions. The intention of the framework is to cover all standalone, clinical system focused digital support, required from public sector contracting authorities.<br/><br/>The type of Services the Authority are looking to include within remit of the framework are as follows:<br/><br/>• Technical architecture, development, integration;<br/>• Specialist programme delivery, <br/>• PMO and planning;<br/>• Digital communications;<br/>• Financial management;<br/>• Specialist technology consultancy;<br/>• Digital strategy and business case support;<br/>• Information Governance;<br/>• Clinical safety.<br/><br/>Suppliers should have significant experience in the provision of professional services pertaining to proprietary (i.e. closed-source) clinical software solutions for use in healthcare environments. These professional services must relate to the identification and/or requirements design and/or deployment and implementation of proprietary clinical systems/software solutions.<br/><br/>Suppliers must provide evidence of directly relevant and hands-on experience of working with the types of technologies and platforms found within clinical environments, experience of working within the complex, digital health and care landscape.<br/><br/>An example of a large-scale healthcare environment may be an environment hosting over 10m discrete person records with growth of up to 1m per month, with over 700 contributing GP organisations, over 10 contributing acute trusts and other types of health and social care providers using transactional real-time messaging and bulk data transfers. Total stored data may exceed 70 TB, on average over 20 database servers and over 80 application servers, all of which may be anticipated to increase over time:<br/><br/>• analysis, architecture, and design services;<br/>• clinical informatics and data modelling expertise;<br/>• software development services;<br/>• assurance, testing, and clinical safety services;<br/>• technical custodian services;<br/>• deployment of new publisher and subscriber feeds;<br/>• population health and SQL services;<br/>• project delivery services;<br/>• business analyst and technical specification services.<br/><br/>The framework agreement will allow for both further competition and direct award to all awarded suppliers.<br/><br/>NHS London Procurement Partnership has received approval from NHSE CCF, the Cabinet Office's Central Digital and Data Team and Commercial Team to release this ITT.<br/><br/>The provisional timeline for the procurement is as follows:<br/><br/>Pin Released - June 2024<br/>Engage Market - October 2024<br/>NHS CCF / Cabinet Office OBC Approval - January 2025<br/>ITT Released - January 2025<br/>Evaluation of Tenders - April 2025<br/>NHS CCF / Cabinet Office FBC Approval - May 2025<br/>Framework Award - June 2025<br/><br/>Whilst NHS London Procurement Partnership does not intend to depart from the above timetable, it reserves the right to do so at any stage. NHS London Procurement Partnership reserves the right to pause, extend deadlines or cancel this process at any time.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-017107

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 24/03/2025

Local time: 16:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 27/01/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The framework agreement shall include the following organisations in the United Kingdom and their respective statutory successors and organisations created as a result of structural re-organisations or organisational changes, this may include but is not limited to:<br/><br/>• Central government departments & their executive agencies (a list of such departments and executive agencies can be found at http://www.cabinetoffice.gov.uk/government-business/government-ministers-responsibilities.aspx);<br/><br/>• Non-departmental public bodies (NDPBs) (a list of NDPBs can be found at Annex A to the Public Bodies Directory 2007 published by the cabinet office) which can be found at: https://www.gov.uk/guidance/public-bodies-reform;<br/><br/>• National Health Service (NHS) bodies, including Clinical Commissioning Groups, NHS trusts, NHS foundation trusts, a Special Health Authority and a Local Health Board in England and Wales and other constituent bodies in Wales, Scotland and Northern Ireland, including but not limited to, the Scottish ambulance service, lists of all of such NHS bodies can be found at:<br/>http://www.nhs.uk/Servicedirectories/pages/nhstrustlisting.aspx<br/>http://www.wales.nhs.uk/nhswalesaboutus/structure, <br/>https://www.scot.nhs.uk/organisations/<br/>http://www.hscni.net/index.php?link=hospitals <br/><br/>• All Local Authorities, a list of such authorities being available at: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG <br/><br/>• All Combined Authorities, a list of such authorities being available at: https://www.local.gov.uk/topics/devolution/combined-authorities<br/><br/>• Police forces and other emergency services, including fire and rescue services, the maritime and Coast guard agency and other rescue authorities a list of police authorities and fire and rescue services can be found respectively at the following:<br/><br/>http://www.police.uk/forces.htm<br/>https://www.fireservice.co.uk/information/ukfrs/<br/><br/>• Educational establishments i.e. schools maintained by local authorities; academies; city technology colleges; further education establishments, and universities: https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies<br/><br/>• Registered social landlords (RSLs), a list of such authorities being available at: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing<br/><br/>• Registered charities, as detailed at: http://www.charity-commission.gov.uk/<br/><br/>• Devolved and other administrations within the British Isles, including those detailed at: <br/><br/>Scotland: http://scotland.gov.uk/Home and http://www.scottish.parliament.uk/ <br/>Wales: http://new.wales.gov.uk/?llang=en,OJ/S<br/>Isle of Man: https://www.gov.im/ <br/><br/>• Healthcare providers in the Channel Islands<br/>https://gov.gg<br/>https://www.gov.je

VI.4) Procedures for review

VI.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

UK

Internet address(es)

URL: https://www.judiciary.uk/courts-and-tribunals/high-court/

VI.5) Date of dispatch of this notice

27/01/2025

Coding

Commodity categories

ID Title Parent category
72590000 Computer-related professional services Computer-related services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72212331 Project management software development services Programming services of application software
72262000 Software development services Software-related services
72263000 Software implementation services Software-related services
72227000 Software integration consultancy services Systems and technical consultancy services
72254000 Software testing System and support services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
cds@gstt.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.